Loading...
HomeMy WebLinkAbout063646-AD4 - General - Contract - Tryfacta, Inc.CSC No. 63646-AD4 Addendum No. AD4 Statement of Work This Addendum No.4 - Statement of Work (SOW) is made as of this lOth day of February 2026, under the terms and conditions established in the MASTER PROFESSIONAL SERVICES AGREEMENT between the City of Fort Worth ("City") and TRYFACTA, INC. ("Vendor"), the same being Fort Worth City Secretary Contract (CSC) No. 63646 (the "Master Agreement" or "MSA"). This Statement of Work is made for the following purposes, consistent with the services defined in the Master Agreement: Providing temporary staffing services to the City of Fort Worth for the positions listed below. In particular, Vendor shall perform those functions identified below in the Scope of Services, as such services are more fully detailed in the MSA. Section A. Scope of Services & Schedule Department Requesting Position(s): Property Management Assignment #1 Position Requested (Must be in Exhibit B of the MSA): Sr. Customer Service Rep. # of above Positions Requested: 1 Location of Assignment: (1) James Ave. Service Center 5021 James Ave. Fort Worth, TX 76115 Name of Individual(s) Filling Position (if known) • Unknown Projected Start and End Dates for Assignment: 03/02/2026 — 09/30/2026 Anticipated Total # of Hours: 1,192 Hourly Billing Rate (Must be in Exhibit B of the MSA): $28.60 Total Anticipated Cost: $34,091.20 Section B. Compensation, Reimbursable Expenses, and Billing Terms: Processing and payment of fees, including the structure of payments and invoicing thereof, shall be in accordance with the Master Professional Services Agreement. The total fee that shall be paid by City to Vendor far these services shall be in accardance with the Master Service Agreement and, specifically, E�ibit `B"- Price Schedule. In submitting invoices, Vendor shall reference the appropriate Statement of Work. Further, the Vendor shall separately list the total amount for fees in which invoices were previously submitted during the then-current annual contract period (either initial term or renewal period) and the total amount of fees for the entire period, including those amounts being requested under the then-current invoice. Vendor shall submit invoices for Fees to SuuplierInvoices(a�fortworthtexas.�ov, within the Propertv Mana�ement Department and also submit a copy to the Talent Acquisition Manager in the Human Resources Department, 100 Fort Worth Trail, Fort Worth, Texas 76102. �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH, TEXAS: By; Valer�hi�ton� ( eb 17, 2026 14:41:32 CST) Name: Valerie Washington Title: Assistant City Manager Date: �2/17/2026 ATTEST: � /� .bLXs.�a�.'. By: � Name: Jannette Goodall Title: City Secretary RECOMMENDED BY: , 1<.,�;�;;��z� By: Name: Marilyn Marvin Title: Department Directar p oaonnn� p�� � �ORt ��9�0 I' o.l d c�o o=o P�p* ° �°�� a�n o�'EXI+5o4 �bnoovo4 TRYFACTA, INC.: �` LLat7�L� `� ���—�% By. Sunil Dhanda (Feb 17, 2026 11 �.35:08 EST) Name: Sunil Dhanda Title: Sr. Director — Talent Acquisition Date: �2/17/2026 APPROVED AS TO FORM AND LEGALITY: By: ������ Name: Keanan M. Hall Title: Sr. Assistant City Attorney Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. !/�cte2 �'..ce6o.c�e Victor Escobedo Talent Acquisition Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Mayor and Texas Council Communication DATE: 06/24/25 M&C FILE NUMBER: M&C 25-0580 LOG NAME: 13PP RFP 25-0082 TEMPORARY STAFFING SERVICES DM HRD SUBJECT (ALL) Authorize Execution of Non-Exclusive Agreements with Smith Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, Inc., and 22nd Century Technologies, Inc. for a Three-Year Initial Term and Two Two-Year Renewal Options in a Combined Annual Amount Up to the Listed Identified Amounts for Temporary Staffing Services for All City Departments RECOMMENDATION: It is recommended that the City Council authorize execution of non-exclusive agreements with Smith Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies, Inc. for a three-year initial term and two two- year renewal options in a combined annual amount up to the listed identified amounts for temporary staffing services for all City departments. DISCUSSION: This Mayor & Council Communication requests City Council authority to execute non-exclusive agreements for temporary staffing services with Smith Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies, Inc. for a three-year initial term and two two-year renewal options in a combined annual amount up to the listed identified amounts below: First Renewal Option First Renewal Option Second Renewal Option Second Renewal Option Year Amount Year 1 $3,500,000.00 Year2 $4,025,000.00 Year3 $4,628,750.00 Year 1 $5,323,062.50 Year2 $6,121,521.88 Year 1 $7,039,750.16 Year2 $8,095,712.68 The Human Resources Department approached the Purchasing Division to solicit a bid for temporary staffing services in the general categories of clerical, management, professional, service trades, technical/para professional, and assistant department director. These services will be used by various City departments. Purchasing issued Request for Proposal (RFP) No. 25-0082 for Temporary Staffing Services which consisted of detailed specifications of the City's standards and requirements. The RFP was advertised in the Fort Worth Star-Telegram on February 26, 2025, March 05, 2025, March 12, 2025, March 19, 2025, March 26, 2025, and April 02, 2025. The City received a total of seventy four (74) responses: Smith Temporaries, Inc. dba Cornerstone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, Inc., 22nd Century Technologies, Inc., Midtown Personnel, Inc., AppleOne, Inc., Infojini, Inc., Cogent Infotech Corporation, Abacus Service Corporation, Recruiting Source International, Abacus Corporation, Lancesoft, Inc., Ad-A-Staff, Inc., Radgov, Inc., My Next Career Path Staffing, LLC, Express Employment Professionals, DatamanUSA, LLC, Syntricate Technologies, Inc., Alltex Staffing and Consulting, Harris-Jones Staffing & Recruiting, LLCA, Risun Solutions, Inc., Keystaff, Inc., Upsela Talent Solutions, Inc., Health Advocates Network, Inc., I Staff Solutions, Inc., Drake Nelson, LLC, Mando Technologies, Inc., Hart Employment Services, Rudra Enterprise, LLC, IMCS Group, Inc., Healthcare Staffing Professionals a TrueBlue Company, HCL Global Systems, Inc., Napa Analytics LLC, Sonus Software Solutions, Inc., TeamGlobal, MyBasePay USA, LLC, A& Associates, Absolute Information Technologies, Inc., A-Line Staffing, Advanced Proactive Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc., BridgeWork Partners, Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato Technologies, Esolvit, Inc., Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2 Systems, LLC, InnoSoul, Inc., InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact Solutions, LLC, Millennium Franchise Group, LLC dba Hacking Solutions, Net2Source, Noor Staffing Group, LLC, NRT Group, Peak Performers, Laine Federal Solutions, Procom Services America, Inc., Prolim Global Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc., Technostaff, LLC, VanderHouwen, and E-Solutions, Inc. An evaluation panel, consisting of representatives from the Human Resources Department, evaluated and scored the submittals using Best Value criteria. The individual scores were averaged for each of the criteria, and the final scores are listed in the table below. TeamGlobal, MyBasePay USA, LLC, and E-solutions, Inc. were deemed non-responsive by the Business Equity Division within the Diversity & Inclusion Department. A& Associates, Absolute Information Technologies, Inc., A-Line Staffing, Advanced Proactive Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc., BridgeWork Partners, Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato Technologies, Esolvit, Inc., Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2 Systems, LLC, innoSoul, Inc., InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact Solutions, LLC, Millennium Franchise Group, LLC dba Hacking Solutions, Net2source, Noor Staffing Group, LLC, NRT Group, Peak Pertormers, Laine Federal Solutions, Procom Services America, Inc., PROLIM Global Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc., Technostaff, LLC, and VanderHouwen were deemed non-responsive as they did not submit all of the required documentation to be evaluated. Mando Technologies, Inc., Hart Employment Services, Rudra Enterprise, LLC, IMCS Group, Inc., Healthcare Staffing Professionals a TrueBlue Company, HCL Global Systems, Inc., Napa Analytics, LLC, and Sonus Software Solutions, Inc. were deemed non-responsive as it did not score at least 50% or more of the total points available for the technical criteria necessary for price evaluation. Abacus Corporation, Ad-A-Staff, Inc., AIITex Staffing and Consulting, DatamanUSA, LLC, Drake Nelson, LLC, Express Employment Professionals, Harris-Jones Staffing & Recruiting, LLCA, Health Advocates Network, Inc., I Staff Solutions, Inc., KeyStaff, Inc., LanceSoft, Inc., My Next Career Path Staffing, LLC, RADgov, Inc., Recruiting Source International, Risun Solutions, Inc., Syntricate Technologies, Inc., and UpSela Talent Solutions, Inc. were removed from the evaluation process during the technical review portion. They were not further evaluated due to their lower relative technical scores, and no pricing evaluation was conducted for these submissions. Due to the high volume of proposals and to ensure a manageable and thorough review, the top-ranked vendors based on technical scoring were shortlisted for further consideration. Pricing points were applied only to these top 10 vendors. Only those staffing positions that all top 10 shortlisted vendors bid on were used in the pricing analysis. Pricing totals were calculated exclusively on these common items, allowing for an equitable comparison across all vendors. All pricing information was taken directly from each vendor's submitted bid table. The RFP specified the use of the following Best Value Criteria: a. Cost b. Experience working as a temporary staffing agency for large organizations c. Infrastructure in place to be able to provide quality and timely service for large organizations d. Experience providing temporary staffing services to municipalities e. Recruitment Process and Methodology Supplier Smith Temporaries, Inc. dba Cornerstone Staffing Evaluation Criteria a. b. c. d. e. Total Rank `�� [:��i Ec��i��i] E:ic�i Ec�7�=i Ec�7��:�I E:% Compunnel Software Group, 29 59 12.50 20.00 12.00 11.50 85.59 Inc. Openwork LLC TRYFACTA, INC. 30.00 11.50 20.00 11.00 10.50 83.00 26.24 12.50 20.00 12.00 9.50 80.24 22nd Century Technologies, 25.75 12.00 18.33 12.00 12.00 80.08 5 Inc. Midtown Personnel Inc AppleOne, Inc. Infojini, Inc. COGENT Infotech Corporation Abacus Service Corporation 27.09 12.00 19.17 9.00 11.00 78.25 23.96 11.50 18.33 11.00 10.50 75.30 22.44 11.50 19.17 11.50 10.50 75.11 19.54 11.00 19.17 11.00 10.00 70.71 i C! E:� �i fi I b7i=i E:�c�C�i fi I[�I�=i f►a [iZ�=:�I [�:� U] After evaluation, the panel concluded that Smith Temporaries, Inc. dba Cornerstone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies, Inc. presented the best value to the City. Therefore, the panel recommends that City Council authorize non-exclusive agreements to these five vendors. No guarantee was made that a specific amount of these services would be purchased. Staff certifies that the recommended vendors' proposal met specifications. BUSINESS EQUITY: The Business Equity Division placed a 14.60% business equity goal on this solicitation/contract. Smith Temporaries, Inc. will be exceeding the goal at 15%, meeting the City's Business Equity Ordinance. Compunnel Software Group, Inc., has agreed/committed to utilize 14.60% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. 22nd Century Technologies, Inc. and Tryfacta Inc., will be exceeding the goal at 100°/o as a Business Equity Prime and self- performing the scope of the services, meeting the City's Business Equity Ordinance. Openwork LLC submitted a Prime Waiver Form, which is in accordance with the City's Business Equity Ordinance. Openwork LLC, will be self-performing the entire scope of the contract. Any changes in subcontractors will be reviewed by the Business Equity Division. AGREEMENT TERM: Upon City Council approval, the initial term of these non-exclusive agreements will begin on September 2, 2025 and expire on September 30, 2028. The combined annual amount of these agreements is up to $3,500,000.00 for the first year of the initial term, $4,025,000.00 for the second year of the initial term, and $4,628,750.00 for the third year of the initial term; However, the actual amount used will be based on the needs of the department and available budget. A 15% annual increase is being requested to support the City's acquisition of MedStar and integration of Emergency Medical Services (EMS) personnel. RENEWAL OPTIONS: These Agreements may be renewed for up to two two-year renewal terms. The combined annual amount for renewal options is up to: $5,323,062.50 of the first year of the first renewal term, $6,121,521.88 of the second year of the first renewal term, $7,039,750.16 of the first year of the second renewal term, and $8,095,712.68 of the second year of the second renewal term. This action does not require specific City Council approval, provided the City Council has appropriated sufficient funds to satisfy the City's obligation during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating departments' General Funds to support the approval of the above recommendation and execution of non-exclusive agreements. Prior to an expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Dianna Giordano 7783 Oriainatina Business Unit Head: Reginald Zeno 8517 Holly Moyer 7847 Additional Information Contact: Brandy Hazel 8087 Denise Medrano 8063 c�ty of Fo�t wo�tr, Legislation Details File #: Type: File created On agenda: Title: Sponsors: Indexes: Code sections: Attachments: Date 6/24/2025 M&C 25-0580 Version: 1 Name: Purchase of Equipment, Status: Passed Materials, and Services Consent 6/17/2025 In control: CITY COUNCIL 6/24/2025 Final action: 6/24/2025 (ALL) Authorize Execution of Non-Exclusive Agreements with Smith Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, Inc., and 22nd Century Technologies, Inc. for a Three-Year Initial Term and Two Two-Year Renewal Options in a Combined Annual Amount Up to the Listed Identified Amounts for Temporary Staffing Services for All City Departments 200 Texas Street Fort Worth, Texas 1. M&C 25-0580 Ver. Action By 1 CITY COUNCIL Action Approved Result City of Fort Worth Page 1 of 1 Printed on 2/17/2026 powe by Legistar�" F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: TRYFACTA, INC. Subject of the Agreement: Addendum No. 4 to CSC 63646 M&C Approved by the Council? * Yes ❑✓ No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ AD4 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 03/02/2026 Expiration Date: 09/30/2026 If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑✓ No ❑ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank